CLARINET MERLIN RECEIVING SYSTEM (CMRS) MAINTENANCE AND SUPPORT

SOL #: N0018926QL001_SolicitationSolicitation

Overview

Buyer

Dept Of Defense
Dept Of The Navy
NAVSUP FLT LOG CTR NORFOLK
NORFOLK, VA, 23511-3392, United States

Place of Performance

Norfolk, VA

NAICS

Electronic and Precision Equipment Repair and Maintenance (811210)

PSC

Maintenance, Repair And Rebuilding Of Equipment: Electrical And Electronic Equipment Components (J059)

Set Aside

No set aside specified

Timeline

1
Posted
Jan 23, 2026
2
Last Updated
Feb 17, 2026
3
Submission Deadline
Feb 17, 2026, 3:00 PM

Qualification Details

Fit reasons
  • NAICS alignment with historical contract wins in similar service areas.
  • Scope strongly matches core technical capabilities and delivery model.
Risks
  • Past performance thresholds may require one additional teaming partner.
  • Potential clarification needed on staffing minimums before bid/no-bid.
Next steps

Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.

Quick Summary

The Department of the Navy, NAVSUP FLC Norfolk, has issued a Solicitation for CLARINET MERLIN RECEIVING SYSTEM (CMRS) MAINTENANCE AND SUPPORT. This is a sole-source action with an intent to award a Firm-Fixed-Price contract to Long Wave, Inc., as justified by Attachment 2. The contract aims to ensure continuous maintenance and support for the critical CMRS across various global sites. Responses from other interested parties are due by February 17, 2026.

Opportunity Details

This opportunity is for non-personal services to maintain and support the Clarinet Merlin Receiving System (CMRS) for Commander, Naval Information Forces (NAVIFOR). The requirement covers the entire CMRS, including subsystems, antenna interface equipment, connectivity interface equipment, interface/display equipment, and associated hardware/software. Services also include Broadcast Control Authority (BCA) operator training, testing, and updates for Information Assurance Vulnerability Managements (IAVMs) alerts, and Assured Compliance Assessment Solution (ACAS) scanning.

Contract & Performance

  • Contract Type: Firm-Fixed-Price (FFP).
  • Duration: A 12-month base period, four 12-month option periods, and one six-month option (FAR 52.217-8).
  • Estimated Start: April 19, 2026.
  • Place of Performance: Primarily at the Maintenance Engineering Facility (MEF), Long Wave Inc. lab, St. Julien's Creek, and CMRS sites. Travel is required to locations including Hawaii, Alaska, Virginia, Portugal, United Kingdom, and Guam.
  • Key Requirements: Contractor personnel must possess a Top-Secret clearance and meet Cyber Security Workforce Qualifications (DOD Manual 8140.03). A CMRS Program Manager is required. Performance standards include maintaining an Operational Availability (Ao) of 95% or greater for each CMRS site.

Sole Source Justification

A Justification for Other Than Full and Open Competition (J&A) (Attachment 2) supports the sole-source award to Long Wave, Inc. The rationale is that Long Wave, Inc. is the Original Equipment Manufacturer (OEM) for CMRS, owns the data rights to its software, and is the only source capable of providing the necessary maintenance for this critical system. Market research, including a Sources Sought Notice, did not identify other qualified sources. Future efforts aim to transition the system to a NAVWAR program of record by FY28 to foster competition.

Important Documents

  • Performance Work Statement (PWS) (Attachment 1): Details the scope of work, performance standards, and deliverables.
  • Quality Assurance Surveillance Plan (QASP) (Attachment 4): Outlines government surveillance methods, performance standards, and metrics (e.g., 95% AQL) for contractor evaluation.
  • Contract Administration Plan (CAP) (Attachment 5): Clarifies roles and responsibilities of government personnel (PCO, CAO, COR) in contract administration.
  • Wage Determination (Attachment 6): Provides minimum wage rates and fringe benefits under the Service Contract Act; bidders must ensure compliance.

Response & Contact

Interested parties who believe they can meet the requirements should submit their capabilities by the response date.

People

Points of Contact

Files

Files

No files attached to this opportunity

Versions

Version 3
Solicitation
Posted: Feb 17, 2026
View
Version 2
Solicitation
Posted: Feb 6, 2026
View
Version 1Viewing
Solicitation
Posted: Jan 23, 2026